Construction Storm Damage Repairs (HVAC/Windows)
ID: W912DQ25RA041Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW071 ENDIST KANSAS CITYKANSAS CITY, MO, 64106-2896, USA

NAICS

Plumbing, Heating, and Air-Conditioning Contractors (238220)

PSC

MAINTENANCE OF MISCELLANEOUS BUILDINGS (Z1JZ)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Apr 3, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 3, 2025, 12:00 AM UTC
  3. 3
    Due Apr 17, 2025, 6:00 PM UTC
Description

The U.S. Army Corps of Engineers, Kansas City District, is seeking small businesses to participate in a sources sought notice for a design-build contract focused on replacing HVAC systems and repairing windows in Buildings 1098, 2400, and 102 at Fort Leavenworth, Kansas. The project aims to comply with local building standards and the Secretary of the Interior’s standards due to Building 102's historic designation, with an estimated contract value between $5 million and $10 million. This opportunity is crucial for enhancing the operational efficiency and comfort of the facilities while ensuring adherence to preservation guidelines. Interested contractors must submit their qualifications, including relevant experience and bonding capabilities, by April 17, 2025, with the contract expected to be awarded by September 30, 2025. For further inquiries, contact Jane Bramel at jane.e.bramel@usace.army.mil or Alice Jeffres at alice.m.jeffres@usace.army.mil.

Files
Title
Posted
Apr 3, 2025, 7:05 PM UTC
The U.S. Army Corps of Engineers, Kansas City District, seeks market research for a potential design-build contract to replace HVAC systems and repair windows in Buildings 1098, 2400, and 102 at Fort Leavenworth, Kansas. The upcoming contract, expected to be awarded by September 30, 2025, will be a firm fixed price type and involves a project estimated between $5-million and $10-million. Building 102 is part of a historic district, requiring compliance with the Secretary of the Interior’s standards. This sources sought notice aims to gauge interest, capabilities, and qualifications of small businesses in HVAC replacement, emphasizing competition for a firm fixed price contract. Interested contractors are invited to submit information about their qualifications, past relevant projects, bonding capabilities, and business classifications by April 17, 2025. Responses should detail experience with similar projects, including the technical aspects, contract types, and adherence to historical preservation standards. The notice clarifies that this is not a formal solicitation and does not guarantee contract awards. Contact details for submission are provided.
Lifecycle
Title
Type
Sources Sought
Similar Opportunities
Sources Sought for Architect-Engineer Design Services for Civil Works Projects (U.S. Army Corps of Engineers, Kansas City District)
Buyer not available
The U.S. Army Corps of Engineers (USACE), Kansas City District, is seeking qualified architect-engineer firms to provide civil works design services for various projects, including military installations and hazardous waste missions. The procurement aims to establish a Multiple-Award, Indefinite-Delivery Indefinite-Quantity (IDIQ) Task Order contract, with a total capacity limit of $95 million, to support a range of civil design services such as flood risk management, eco-restoration, and engineering support. Interested firms are encouraged to submit a capabilities package by May 7, 2025, to Contract Specialist Erick Ottoson at erick.s.ottoson@usace.army.mil, with a copy to Contracting Officer Laura Hedrick at laura.l.hedrick@usace.army.mil, as this notice serves as a market survey and is not a request for proposals.
Building 110 Repairs – D-B Phase 1 at Watervliet Arsenal (WVA), New York
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers, is seeking market research responses for the Design-Build Phase 1 Repairs of Building 110 at Watervliet Arsenal (WVA), New York. The project involves extensive renovations, including the replacement of exterior doors, sealing air infiltration areas, cleaning and restoring interior surfaces, and upgrading HVAC and electrical systems, with a construction magnitude estimated between $25 million and $100 million. This opportunity is crucial for ensuring the facility meets modern standards while preserving its historical integrity. Interested small businesses, particularly those certified as 8(a), HUBZone, or Service-Disabled Veteran-Owned, must submit their qualifications and previous experience by 4 PM EST on January 23, 2025, to the primary contact, Mohenda R. Surage, at mohenda.r.surage@usace.army.mil.
SOURCES SOUGHT NOTICE - UNACCOMPANIED ENLISTED PERSONNEL HOUSING (UEPH) JOINT BASE MYER-HENDERSON HALL (JBMHH) VIRGINIA
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers (USACE) Baltimore District, is seeking qualified contractors for the construction of Unaccompanied Enlisted Personnel Housing (UEPH) at Joint Base Myer-Henderson Hall in Virginia. The project involves constructing standard design barracks to accommodate 200 soldiers, including essential facilities such as cybersecurity measures, fire protection systems, and energy monitoring controls, while also ensuring compliance with Department of Defense standards for antiterrorism and sustainability. This opportunity is significant for contractors experienced in large-scale construction projects, particularly in urban settings, with an estimated contract value between $100 million and $250 million. Interested parties must submit their qualifications by 11:00 AM EST on May 7, 2025, to the designated contacts, Amber Rose and Tamara Bonomolo, via email.
Amendment 1: Fort Riley Soldier Readiness Unit (SRU) Clamshell and Indoor Range Maintenance
Buyer not available
The Department of Defense, through the Department of the Army, is soliciting proposals for maintenance and repair services for the Clamshell Building 675 and the Indoor Shooting Range at Fort Riley, Kansas. The contract requires comprehensive upkeep, including HVAC servicing, plumbing repairs, and general maintenance to ensure operational readiness and safety, with initial repairs to be completed within six months of contract award. This project underscores the Army's commitment to maintaining its facilities in compliance with federal and state regulations, emphasizing the importance of a safe and functional environment for military personnel. Interested contractors, particularly small businesses, should direct inquiries to Kelsey Anderson or Sheila Banks by April 16, 2025, with a total contract value of $19,500,000 and a performance period from June 1, 2025, to May 31, 2030, including option years.
Design-Build Maintenance and Repair Army Reserve (MRAR) of Equipment Concentration Site (ECS), B-56767, at North Cavazos, TX
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for a Design-Build project focused on the maintenance and repair of the Equipment Concentration Site (ECS), B-56767, located at North Fort Cavazos, Texas. The project entails significant renovations to an existing facility, including upgrades to HVAC and electrical systems, compliance enhancements, and the construction of additional space to improve functionality and accessibility. This initiative is crucial for maintaining operational readiness and ensuring that the facility meets Department of Defense standards, with a contract value estimated between $10 million and $25 million. Interested small businesses must submit their qualifications by the specified deadlines, and inquiries can be directed to Bonny Dylewski at bonny.c.dylewski@usace.army.mil.
Construction of Energetic Waste Incinerator (EWI) complex, Lake City Army Ammunition Plant (LCAAP), Missouri
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers, Kansas City District, is seeking qualified firms for the construction of a new Energetic Waste Incinerator (EWI) complex at the Lake City Army Ammunition Plant (LCAAP) in Missouri. This Design-Bid-Build (DBB) contract aims to replace the existing Building 97 and associated storage facilities with a state-of-the-art facility designed for the safe disposal of energetic materials, including an incinerator building, Earth Covered Magazines for environmental waste storage, and a Slurry Building for handling various contaminated materials. The project, valued between $250 million and $500 million, is crucial for maintaining safety and efficiency in the disposal of military energetic waste. Interested parties must submit their qualifications by May 5, 2025, to David Miller at david.f.miller@usace.army.mil, and are encouraged to register for an upcoming informational webinar by contacting both David Miller and Michael France.
FY26 Ft. Campbell UEPH Barracks - Fort Campbell, KY
Buyer not available
The Department of Defense, through the Department of the Army, is conducting a market survey for the construction of a barracks at Fort Campbell, Kentucky, designed to accommodate 312 unaccompanied enlisted personnel. The project involves constructing a standard design barracks with various facilities, including living quarters, baths, and service areas, while also incorporating essential systems for fire protection, energy monitoring, and antiterrorism measures. This opportunity is significant for small businesses, particularly those certified as HUBZone, 8(a), Woman-Owned, or Service-Disabled Veteran Owned, as the government aims to determine interest for potential set-asides. Interested firms must respond by May 5, 2025, with a detailed submission that includes company verification, project experience, and bonding documentation, and can contact Morgan Greenwell at morgan.l.greenwell@usace.army.mil for further information. The estimated contract value ranges from $100 million to $250 million, with a duration of approximately 730 calendar days.
Bartlett Hall - USMA
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers, is seeking contractors for a firm-fixed-price contract for the Bartlett Hall renovation project at the United States Military Academy in West Point, New York. The project involves the conversion of the 4th floor into academic collaboration space, along with necessary repairs to the courtyard wall and roof, addressing significant structural and mechanical deficiencies in a historic building originally constructed in 1913. The anticipated contract award is scheduled for September 2025, with a project magnitude between $10 million and $25 million, and interested firms must contact Michael McCue at michael.l.mccue@usace.army.mil for further details and to ensure compliance with registration requirements at SAM.gov.
PKAA BLD 248 HVAC
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking responses from interested contractors for the PKAA BLD 248 HVAC project at F.E. Warren Air Force Base in Wyoming. This opportunity is a Sources Sought notice aimed at gathering information regarding potential contractors' capabilities to replace HVAC systems in Building 248, ensuring compliance with applicable codes, environmental standards, and historical preservation requirements. The project involves significant renovations, including the installation of new fan coil units and unit heaters, while maintaining HVAC service during the replacement process to minimize disruption. Interested parties must submit their responses to specific questions by April 23, 2025, at 9 AM MDT, to the primary contacts Andrea McCurry and Arthur W. Makekau via the provided email addresses.
Fort Peck PH 1 Surge Tank Roof Replacement
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers, Omaha District, is seeking contractors for the Fort Peck PH 1 Surge Tank Roof Replacement project in Montana. This project involves the complete restoration of the Surge Tank roof at the Ft. Peck Powerhouse, originally constructed in the 1940s, to comply with historical preservation standards, including the removal of existing roofing materials and replacement with historically accurate Ludowici clay tiles. The estimated construction cost ranges from $1 million to $5 million, with a solicitation expected to be issued on or about May 5, 2025, and closing around June 4, 2024. Interested contractors should contact Lynne D. Reed at lynne.d.reed@usace.army.mil or 402-995-2039 for further details and ensure they are registered in the System for Award Management (SAM) to access solicitation documents.